Tendernotice 1
Tendernotice 1
INDEX
Page No.
Sr. Chapter
From To
1. Detailed E – Tender notice including qualification criteria,
required annexure etc.
2. Declaration of the Bidders, Proforma statements etc.
3. Agreement form B (1) including tender for works,
memorandum and conditions of contract
4. General conditions
5. Additional conditions of work
6. General specifications
7. Schedule - A
8. Schedule - B
9. Drawings if any
Sign /-xxx
Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
2. The details of above works such as Earnest Money Deposit, Security Deposit, Terms &
Conditions of the Tender and Schedule B of works, are available on
www.mahatenders.gov.inweb Tenders for these works are to be submitted by e-
tendering system, for this purpose Bidders are required to register themselves with
https://mahatenders.gov.in Web portal. If any change occurs it will be communicated
on website.
3. Earnest money deposit –
Rupees 1% of cost of tender, if work amount is up to the Rs. 1.50 Cr. And if work amount
is more than Rs. 1.50 Cr., then it will be rupees of 0.50% of cost of tender or 1.50 Lakhs
whichever’s is more.
3.1. An earnest money deposit should be deposited in the account of Jalgaon City
Municipal Corporation in the form of online payment vide net banking only. Cheque
or cash will not be accepted and tender of those whom does not deposit earnest
money shall be summarily rejected. Tenderer must compulsory submit online EMD
receipt during submission of technical documents.
3.2. Exemption certificate will not be accepted, lieu of earnest money deposit to any of
contractor.
3.3. The amount of earnest money will be forfeited in case successful Bidder does not
pay the amount of initial security deposit (if any) within the time specified as
stipulated by the City Engineer and complete the contract documents.
3.4. After Tender opening, the EMD of the unsuccessful bidder will be returned to bank
account provided by the bidder during the bid submission as given in challan under
beneficiary account number on deciding about the acceptance or otherwise of the
tender. In case of successful tenderer, it will be refunded on his paying initial
Security Deposit and completing the tender documents in form B-1.
4. Time limit – As per above table.
5. Pre – bid Meeting – N.A. (Arranged for work above of Rs. 1.50 Cr.)
6. Date of issue of blank tender documents –Tender form available online for purchase
on GOM website www.mahatenders.gov.in from Dated up to 3.00 PM
7. Cost of blank tender documents – Tender documents may be purchased / downloaded
from www.mahatenders.gov.in for non-refundable fees of Rs. 1500/-(Including GST) in
the form of online payment only.
8. Date of submission of tender –The bid shall be submitted online through E-Tendering
system on www.mahatenders.gov.in for above work on or before dated to 3.00 PM.
9. Security deposit -
The total Security deposit to be paid shall be 10% (Ten percent) of amount put to tender.
9.1. The successful tenderer shall have to pay security deposit from running account
bills and final bill at the percentage stipulated in tender.
9.2. Returns of security deposit –
The entire security deposit of 10% of the tender cost shall be released as follows-
i) If defect liability period stipulated in tender is less than 1 year, then entire
security deposit will be released after one year of successful completion of the
work.
ii) If defect liability period stipulated in tender is more than 1 year, then 80% of
security deposit will be released after one year of successful completion of the
work and remaining 20% of security deposit will be released after defect liability
period is over.
10. Defect liability period -
Defect liability period for the work is clause no.20 in Table months from the date of
completion of the work.(As noted in clause no. 20)
11. Date of opening of tender –Received tenders will be opened online on dated at 3.00
PM in the office of City Engineer, Jalgaon city municipal corporation, Jalgaon, Mahatma
Gandhi road, Neharu chowk, Jalgaon – 425001 (M.S.)
12. Validity of offer – The offer shall remain open for one hundred and twenty (120) days
from the date of submission of tender or thereafter till Bidder withdraws his offer in
writing.
13. Joint venture – Joint venture agreement in any form shall not be allow below Rs 25 Cr
work cost and will be allowed above Rs25 Cr.
14. Eligibility of tenderer –
14.1. The tenderer must have eligibility in term of similar type of work experience
during last Five years completed work cost as follows executed for Govt. or Semi
Govt. department.
A. Three Similar Type of work having work wise cost of each work at least 40% of
tender cost at price level 2023-24 (i.e. 3 Works)
B. Two Similar Type of work having work wise cost of each work at least 50% of tender
cost at price level 2023-24 (i.e. 2 Works)
C. One Similar Type of work having work wise cost of work at least 80% of tender cost
at price level 2023-24 (i.e. 1 Works)
Note – “Similar works” means the proposed tender work and allied works.
in writing such discrepancies, doubts, obscurity and submit the same to the
Commissioner, Jalgaon City Municipal Corporation, Jalgaon.
22. The tender shall be unconditional Conditional tender shall be summarily rejected.
23. Corrupt or Fraudulent Practices-
The Corporation requires that the bidders/suppliers/ Bidders under this tender observe
the highest standards of ethics during the procurement and execution of such contracts.
In pursuance of this policy, the Corporation defines for the purposes of this provision,
the terms set forth as follows:
The Commissioner JMC Jalgaon will reject a proposal for award if it determines that
the Bidder recommended for award has engaged in corrupt or fraudulent practices
in competing for the contract in question; The Corporation will a firm ineligible,
either indefinitely or for a stated period of time, to be awarded a contract if it
at any time determines that the firm has engaged in corrupt and fraudulent practices
in competing for, or in executing, a contract.
Sd/-xxx
Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
Annexure - 1
Affidavit (As per G.R No.CST-2022/Pra. Kra 50/Ima-2 Dated 11-05-2022)
(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive Magistrate)
the contract), hereby submit, vide this affidavit in truth, that I am the owner of the
envelop no. 1 for the purpose of scrutiny of the contract. I hereby agree to the conditions
mentioned below:-
1. I am liable for action under Indian Penal Code for submission of any false /
2. I am liable for action under Indian Penal Code if during contract period and defect
liability period, any false information, false bill of purchases supporting proof of
3. I am liable for action under Indian Penal Code if any paper are found false /
fraudulent during contract period and even after the completion of contract
(Signature of Bidder)
To,
The Commissioner,
Jalgaon Municipal Corporation, Jalgaon
Sardar Vallabhbhai Patel Administrative Building,
Mahatma Gandhi Road, Neharu Chowk,
Jalgaon – 425001 (M.S.)
WHEREAS -------------------------- [name and address of Bidder] (hereafter called “The Bidder”)
has undertaken, in pursuance of Contract No. ------------------- Dated to execute ----------
----------- [name of Contract and brief description of Works] (hereinafter called “the Bidder”)
AND WHEREAS we have agreed to give the Bidder such a Bank Guarantee.
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on
behalf of the Bidder, up to a total of ------------------------- [amount of guarantee]* ----------------
------ (in words), such sums being payable in the types and proportions of currencies in which
the Contract Price is payable, and we undertake to pay you, upon your first written demand
and without cavil or argument, any sum or sums within the limits of --------------------------------
------ [amount of guarantee] as aforesaid without your needing to prove or to show ground
or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Bidder before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract documents
which may be made between you and the Bidder shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition or
modification.
This guarantee shall be valid from work order date till 28 days from the date of expiry of the
Defect Liability Period.
* An Amount shall be inserted by the Guarantor, representing the percentage the contract
price specified in the Contract including additional security for unbalanced Bids, if any and
denominated in Indian Rupees.
Annexure – 2
Affidavit
(Separate for each wok)
(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive magistrate)
(Bidder signature)
Date -
Place - (-----------------------------)
Witness -
Name –
1.
Address -
Name –
2.
Address -
Verification letter
Shri. / M/s. ---------------------------------------------------------, Submitted affidavit
attached herewith. The information submitted in the affidavit is checked by me and found
correct as per my knowledge.
The asphalt plant is located within 60 kms from proposed work location. Therefore
no objection to consider the affidavit.
City Engineer,
Date - Jalgaon City Municipal Corporation,
Jalgaon
Annexure – 3
Affidavit
(Separate for each wok)
(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive magistrate)
An agreement for hire of hot mix plant for execution of asphalting road work.
Party 1 – Name :- _________________
An agreement between -
Party 2 - Name :- _________________
Whereas,
The second Party intends to submit his tender for the work of Jalgaon city
municipal corporation, Jalgaon. Where in the use of hot mix plant (hot mix plant must
located within distance of 60 kms of radius from center of proposed work) for asphalting is
made obligatory on the party of the intending tenderer for submission of the fleet of such
requisite plant. He intends to seek it from the register first party on hire who is already in
possession of above plant. The first party will make the plant available to the second party at
any time as per his requirement and as per terms and condition sentered hereinafter as
under.
The second party shall have to pay the hire charges for the use of the said plant on
his contracted work on plant hour basis at the rate mutually agreed upon from time to time
during the currency of the contract.
This agreement is made only for the work of -----------------------------------------------------
--------------------------------------------------------------------------------------------------------------------------.
1.---------------------------------------
2.---------------------------------------
Annexure – 4
Affidavit
(Separate for each wok)
(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive magistrate)
An agreement for hire of machinery as per statement no. 02 for execution of this
work.
Party 1 - Name :- ______________________
An agreement between -
Party 2 - Name :- ______________________
Whereas,
The second Party intends to submit his tender for the work of Jalgaon city
Municipal Corporation, Jalgaon. Where in the use of machinery for this work is made
obligatory on the party of the intending tenderer for submission of the fleet of such requisite
plant. He intends to seek it from the register first party on hire who is already in possession
of above machinery. The first party will make the machinery available to the second party at
any time as per his requirement and as per terms and condition centered hereinafter as
under.
The second party shall have to pay the hire charges for the use of the said plant on
his contracted work on machinery hour basis at the rate mutually agreed upon from time to
time during the currency of the contract.
This agreement is made only for the work of -----------------------------------------------------
--------------------------------------------------------------------------------------------------------------------------.
1.------------------------------------------
2.------------------------------------------
Annexure – 5
Affidavit
(Separate for each wok)
(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive magistrate)
Or
2. That I hereby confirm and declare that my / our firm / company M/s. ---------------
---------------------------- is not blacklisted / or debarred with any company of
private / public ltd. Or government department from participating in the tender
as on date.
3. That I hereby confirm and declare that my / our firm / company M/s. --------------
--------------------------------- is / are not charge sheeted for any criminal act of theft.
4. That I further undertake that in case of the facts sworn is as mentioned above
and any particulars mentioned in our application is found other-wise or incorrect
or false at any stage, my / our firm / company shall stand debarred from the
present and future tender of the Jalgaon municipal corporation, Jalgaon.
Besides, Jalgaon city municipal corporation shall be entitled to take all such
actions as may be deemed fit including termination of contract, if awarded,
without any claim for any compensation whatsoever on account of such
premature closure of the contract.
5. I know that to swear a false affidavit is a crime under the law and with such
knowledge only I have swear the this affidavit.
Deponent
Verified at ----- on -------- that the contents of paras 1 to 5 of this affidavit are
true and correct and no part of this is false and nothing material has been
concealed or falsely stated therein.
Annexure – 6
I/We hereby declare that I/We have made myself/ourselves thoroughly conversant with the
sub-soil conditions, the local conditions regarding all materials (such as stone, murum, sand,
etc.) and labour on which I/We have based my/our rates for this work. The specifications,
conditions, bore results and lead of materials on this work have been carefully studied and
understood by me/us before submitting this tender. I/We undertake to use only the best
materials approved by the City Engineer or his duly authorized assistant, before starting the
work and to abide by his decision.
I/We hereby further declare that my/our tender is unconditional in every manner of
whatsoever in nature.
I/We hereby undertake to pay the labourers engaged on the work as per minimum wages
Act, 1948 applicable to the zone concerned.
I/We have quoted my/our offer in percentages rate in words as well as in figures. I/We
further undertake to enter in to contract in regular “B (1)” form in Jalgaon city municipal
corporation, Jalgaon.
Annexure – 7
Undertaking as per Maharashtra Municipal Corporation Act – 2012 Under section 10 (F)
Certificate
---------------------------
Signature of Bidder
APPENDIX – L
----------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------
I have uploaded geo – tagged photo in Envelope no.01 along with this Certificate.
I have visited/ studied scope of work site condition verified provision term in tender
document resources available and difficulties /restriction of site in all respect.
Proforma
Statement no. 01
Details of work tendered for and in hand as on the date of submission of this tender.
Name of the tenderer –
Work in hand Work tendered for
Anticipated Stipulated
Sr. Place & Cost of Date when
Name of work Tendered date of Estimated date or Remark
No. Country remaining decision is
cost completion cost period of
work expected
completion
1 2 3 4 5 6 7 8 9 10
Page No.24
Proforma
Statement no. 02
Details of works of similar type and magnitude carried out by the Bidder.
Name of the tenderer –
Sr. Stipulated date Actual date of
Name of work Cost of work Date of starting Remarks
No. of completion completion
1 2 3 4 5 6 7
Page No.25
Proforma
Statement no. 03
Details of Plants and Machinery (Own/Hire) immediately available with the tenderer for work.
Name of the tenderer –
Sr. Remarks
Name of equipment Number of units Kind and make Capacity Age and Condition Present location
No. (Own / Hire)
1 2 3 4 5 6 7 8
B. Bitumen Work
1 Static roller 8 to 10 ton / smooth wheeled power roller with SCADA enable system Minimum 2 Number
2 Tippers / Trucks / Tractors Minimum 2 Number
3 Water tanker Minimum 1 Number
4 Hot mix bitumen plant with with SCADA enable system (Capacity 90 To 120 TPH) Minimum 1 Number
5 Paver finisher machine with SCADA enable system Minimum 2 Number
6 Vibratory road roller with SCADA enable system Minimum 2 Number
7 Bitumen Auto Sprear Browser 10 MT Registered Minimum 3 Number
8 Broom machine Minimum 1 Number
9 Excavator / Dozer Minimum 1 Number
C. R.C.C Gutter Work
1 Water tanker Minimum 1 Number
2 Concrete mixer with SCADA enable system Minimum 1 Number
3 Sand screening cum washing unit electrically or diesel operate of 4 to 6 cu.m. per hours capacity Minimum 1 Number
4 Needle Vibrator Minimum 2 Number
5 Centering Plate / Form Work Minimum 150 Metter
D. Chainlink Fencing Work
1 Water tanker Minimum 1 Number
2 Concrete mixer with SCADA enable system Minimum 1 Number
3 Sand screening cum washing unit electrically or diesel operate of 4 to 6 cu. m. per hours capacity Minimum 1 Number
4 Needle Vibrator Minimum 2 Number
5 Centering Plate / Form Work Minimum 150 Metter
6 Surface vibrator Minimum 1 Number
Note :-
1.
2.
3.
Proforma
Statement no. 04
Form B (1)
Jalgaon City Municipal Corporation, Jalgaon
Percentage Rate Tender and Contract for Works
General Rules and Directions for the Guidance of Bidders
as a firm, in which case the receipt shall be signed in the name of the firm by one of the
partners, or by some other person having authority to give effectual receipts for the
firm.
4. Any person who submits a tender shall fill up usual printed form, stating at what
percentage above or below the rates specified in Schedule - B (memorandum showing
items of work to be carried out) he is willing to undertake the work. Only one rate or
such percentage on the entire estimated rates/Schedule rate shall be named. Tender,
which propose any alteration in the works specified in the said form of invitation to
tender or in the time allowed for carrying out the work or which contain only other
conditions of any sort will be liable to rejection. No printed form of tender shall include a
tender more than one work but Bidders who wish to tender for two or more works; they
shall submit a separate tender for each. Tender shall have the name and number of the
work to which they refer, written outside the envelope.
5. The Commissioner or his duly authorized officer shall open tenders in the presence of
Bidders who have submitted tenders or their representative who may be present at the
time and he will enter the amounts of the several tenders in a comparative statement in
a suitable form. In the event of a tender being accepted, the Bidder shall for the purpose
of identification sign copies of the specifications and other documents mentioned in
Rule 1. In the event of tender being rejected, the competent officer shall authorize the
Account officer concerned to refund the amount of the earnest money deposited to the
Bidder making the tender, on his giving a receipt for the return of the money.
6. The Commissioner, JCMC, Jalgaon have power to dispose of the tender. Shall have the
right of rejecting all or any or any part of the tender.
7. No receipt for any payment alleged to have been made by a Bidder in regard to any
matter relating to the tender or the contract shall be valid and binding on The Jalgaon
Municipal Corporation, Jalgaon unless it is signed by the City engineer.
8. The memorandum of work to be tendered for all the schedule of materials to be
supplied by The Jalgaon Municipal, Jalgaon and their rates shall be filled in the
completed by the office of City Engineer, before the tender form is issued. If a form
issued to an intending tenderer has not been so filled in and completed, he shall request
the said office to have this done before he completed and delivers his tender.
9. All work shall be measured by standard measure and according to the rules and customs
of the Jalgaon City Municipal Corporation, Jalgaon without reference to any local
custom.
10. Under no circumstances shall any Bidder be entitled to claim enhanced rates for items in
this contract.
11. Every registered Bidder should produce along with his tender certificate of registration
as approved Bidder in the appropriate class and renewal of such registration with date
of expiry as applicable.
12. All corrections and additions or pasted slips should be initialed.
13. The measurements of work will be taken according to the usual methods used in the
Jalgaon city municipal corporation, Jalgaon and no proposals to adopt alternative
methods will be accepted. The City Engineer's decision as to what is the usual method in
use in the Jalgaon city municipal corporation will be final.
14. The tendering Bidder shall furnish declarations along with the tender showing all works
for which he has already entered in to contract, and the value of the work that remains
to be executed in each case on the date of submitting the tender.
15. In view of the difficult position regarding the availability of foreign exchange, no foreign
exchange would be released by the Department for the purchase of plant and machinery
required for the execution of the work contracted for. (GCD/PWD/CFM/1058/62517, Of
dated 26/05/1959)
16. J.M.C. should not be responsible for any injury or death and its reimbran cement of
contractor staff and labour. Bidder will be fully responsible for such accidental incident.
17. The Bidder will have to construct shed for storing controlled and valuable material at
site on his own risk. JMC is not responsible for damage or loss by any type of any
construction material.
18. The Bidder shall also give a list of machinery in their possession or hire and which they
propose to use on the work in proforma Statement No. 03 with necessary documents.
19. Every registered Bidder should furnish along with tender a statement showing previous
experience and technical staff employed by him in proforma Statement No. 04 with
necessary documents.
20. The tendering Bidder shall furnish a declaration along with a tender showing all works
for which he is already in the contract and the value of work that remains to be executed
in each contract on the date of submitting the tender as proforma no.01.
21. The Bidder will have to make payment to the labours as per wages permitted in
Minimum Wages Act.
22. The Bidder shall comply with the provisions of Labour Act, PPF, ESI, Insurance and other
statutory compliance from time to time. If he fails to do so, his failure will be a breach of
a contract and the Jalgaon Municipal Corporation, Jalgaon may in his discretion cancel
the contract. The Bidder shall also be liable for any pecuniary liability arising on account
of any violation by him of the provisions of the Act.
23. In case of asphalting works, Bidder should submit original asphalt purchase challan from
Government undertaking refineries along with concerned bills of work otherwise bills
will not be paid.
24. All Statutory taxes, penalty, fine and any other recovery will be recovered from
contractor bill / security deposit.
25. Contractor should not be allowed to used JMC electricity, machinery, vehicles, water etc.
if found charges will be recovered from bill as decided by City Engineer.
1. I/We hereby tender for the execution for the Jalgaon city The tenderer
municipal corporation, Jalgaon of the work specified in the shall quote his
underwritten memorandum within the time specified in such offer through
online bidding
memorandum at* ____________________________________
process only.
___________________________________________________ *In figures as
______________________________ Per cent Below/above well as in
the estimated rates entered in Schedule - B (Memorandum words in Indian
showing items of work to be carried out) and in accordance in rupees only.
all respects with the specifications, designs, drawing and
instructions in writing referred to in Rule 1 thereof and in
Clause 12 of the annexed conditions of contract and agree that
when materials for the work are provided by the Jalgaon city
municipal corporation, Jalgaon, such materials and the rates to
be paid for them shall be as provided in Schedule - A hereto.
MEMORANDUM
A. (A) If several sub
Construction of RCC Gutter and slab culverts on works are included
road crossings at proper locations in Kanchan they should be
Nagar area of Ward No.02 detailed in a separate
list.
2. I / We agree that this offer shall remain open for acceptance for a minimum
period of 120 days from the date fixed for opening the "same” means
envelope No.2 and thereafter until it is withdrawn by me/us by notice in
writing duly addressed to the authority opening the tenders and sent by
registered post A. D. or otherwise delivered at the office of such authority.
Receipt No. …………………………, Dated …........................... in / or Term Deposit
Receipt for a period of one year receipt No. ………………………… dated
………………………. in respect of sum of Rs. 1,50,000/- representing the earnest
money is herewith forwarded. The amount of earnest money shall not bear
interest and shall be liable to be forfeited to the Jalgaon city municipal
corporation, Jalgaon should I/We fail to (i) abide by the stipulation to keep the
offer open for the period mentioned above or (ii) Sign and complete the
contract documents as required by the City Engineer and furnish the security
deposit as specified in item (d) of the memorandum contained in paragraph (i)
above within the time limit laid down in Clause (1) of the annexed General
conditions of contract. The amount of earnest money may be adjusted
towards the security deposit or refunded to me/us if so desired by me/us in
writing, unless the same or any part thereof has been forfeited as aforesaid.
3. Should this tender be accepted I / We here by agree to abide by and fulfill all
the terms and provisions of the conditions of contract annexed hereto so far as
applicable, and in default thereof to forfeit and pay to Govt. the sums of
money mentioned in the said conditions.
Name -
Address -
Date -
Signature of Bidder
before submission of tender
Name -
Occupation -
Address -
Date -
Signature of witness
to Bidder’s signature
The above tender is hereby accepted
by me for and on behalf of the
Jalgaon city municipal corporation,
Jalgaon
Commissioner,
Jalgaon city municipal corporation, Jalgaon
Signature of the officer by whom accepted
CONDITIONS OF CONTRACT
Security Clause 1 –
deposit The total Security deposit to be paid shall be 10% (Ten percent) of
amount put to tender. The successful tenderer (hereafter called the
Bidder) shall have to pay security deposit from running account bill sand
final bills at 10 (Ten) percent amount. Deducting a sufficient sum from
every such payment as last aforesaid until the full amount of the security
deposit is made up. The entire security deposit 10 (Ten) percent of the
tender cost shall be released i) If defect liability period stipulated in
tender is less than 1 year, then entire security deposit will be released
after one year of successful completion of the work. ii) If defect liability
period stipulated in tender is more than 1 year, then 80% of security
deposit will be released after one year of successful completion of the
work and remaining 20% of security deposit will be released after defect
liability period is over. All compensation or other sums of money
payable by the Bidder to Jalgaon city municipal corporation under the
terms of his contract may be deducted from, or paid by the sale of a
sufficient part of his security deposit or from the interest arising there
from, or from any sums which may be due or may become due by
Jalgaon city municipal corporation to the Bidder under any other
contract or transaction of any nature on any account whatsoever and in
the event of his security deposit being reduced by reason of any such
deduction or sale as aforesaid, the Bidder shall, within 10 days
thereafter make good in cash or Government securities endorsed as
aforesaid any sum or sums which may have been deducted from or
raised by sale of his security deposit or any part thereof. In the event of
the Bidder failing or neglecting to complete rectification work within the
period up to which the Bidder has agreed to maintain the work in good
order, then, subject to provisions of clauses 17 and 20 hereof the
amount of security deposit retained by Jalgaon city municipal
corporation, Jalgaon shall be adjusted towards the excess cost incurred
by the Jalgaon city municipal corporation on rectification work.
Compensation Clause 2 –
for delay The time allowed for carrying out the work as entered in the tender shall
be strictly observed by the Bidder and shall be reckoned from the date
on which the order to commence work is given to the Bidder. The work
shall throughout the stipulated period of the contract be proceeded
with all due diligence. The Bidder should complete the work as per
phase period given below –
1/4 of the work in - 1/4 of the time
1/2 of the work in - 1/2 of the time
3/4 of the work in - 3/4 of the time
If Bidder fails to achieve the progress of work, then the Bidder shall pay
as compensation as table below –
Compensations amount for
Sr. Work cost delay of work in % of work
cost ( per day )
him with the value of the work done departmentally in all respects
in the same manner and at the same rates as if it had been carried
out by the Bidder under the terms of his contract. The certificate
of the City Engineer as to the costs and other allied expenses so
incurred and as to the value of the work so done departmentally
shall be final and conclusive against the Bidder.
(c) To order that the work of the Bidder be measured up and to
take such part thereof as shall be unexecuted out of his hands,
and to give it to another Bidder to complete, in which case all
expenses incurred on advertisement for fixing a new contracting
agency, additional supervisory staff including the cost of work
charged establishment and the cost of the work executed by the
new contract agency will be debited to the Bidder and the value of
the work done or executed through the new Bidder shall be
credited to the Bidder in all respects and in the same manner and
at the same rates as if it had been carried out by the Bidder under
the terms of his contract. The certificate of the City Engineer as to
all the cost of the work and other expenses incurred as aforesaid
for or in getting the unexecuted work done by the new Bidder and
as to the value of the work so done shall be final and conclusive
against the Bidder.
In case the contract shall be rescinded under clause (a) above the
Bidder shall not be entitled to recover or be paid, any sum for any
work therefore actually performed by him under this contract
unless and until the City Engineer shall have certified in writing the
performance of the such work and the amount payable to him in
respect thereof and he shall only be entitled to be paid the
amount so certified. In the event of either of the courses referred
to in clause (b) or (c) being adopted and the cost of the work
executed departmentally or through a new Bidder and other allied
expenses exceeding the value of such work credited to the Bidder
the amount of excess shall be deducted from any money due to
the Bidder, by Jalgaon city municipal corporation, Jalgaon under
the contract or otherwise, howsoever or from his security deposit
or the sale proceeds thereof provided, however that the Bidder
shall have no claim against Jalgaon city municipal corporation,
Jalgaon even if the certified value of the work done
departmentally or through a new Bidder exceeds the certified cost
of such work and allied expenses, provided always that whichever
of the three courses mentioned in clause (a),(b) or (c) is adopted
Extension of Clause 6–
time
Signature of Bidder Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
Page No. 38
If the Bidder shall desire an extension of the time for completion of work
on the ground of his having been unavoidably hindered in its execution
or on any other ground he shall apply in writing to the City Engineer
before the expiration of the period stipulated in the tender or before the
expiration of 30 days from the date on which he was hindered as
aforesaid or on which the cause for asking for extension occurred,
whichever is earlier ever and the City Engineer, may in his opinion, there
are reasonable ground for granting an extension, grant such extension
as he thinks necessary or proper the decision of the City Engineer in this
matter shall be final.
Final Clause 7–
certificate On the completion of the work the Bidder shall be furnished with a
certificate by the City Engineer of such completion; but no such
certificate shall be given nor shall the work be considered to be
complete until the Bidder shall have removed from the premises on
which the work shall have been executed, all scaffolding, surplus
materials and rubbish, and shall have cleaned off, the dirt from all wood
work, doors windows, wall, floors or other parts of any building in or
upon which the work has been executed, or of which he may have had
possession for the purpose of executing the work, nor until the work
shall have been measured by the City Engineer or where the
measurements have been taken by his subordinates until they have
received the approval of the City Engineer, the said measurements being
binding and conclusive against Bidder. If the Bidder shall fail to comply
with the requirements of this clause as to the removal of scaffolding,
surplus materials and rubbish and cleaning off dirt on or before the date
fixed for the completion of the work the City Engineer may at the
expense of the Bidder, remove such scaffolding, surplus materials and
rubbish and dispose of the same as he thinks fit and clean off such dirt’s
as aforesaid and the Bidder shall forthwith pay the amount of all
expenses so incurred, but shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum actually
realized by the sale thereof.
Payment of Clause 8–
intermediate No payment shall be made for any work, estimated to cost less than
certificate to rupees 25 lakhs, or 10% of total tender amount whichever maximum till
be regarded as
after the whole of work shall have been completed and a certificate of
advances
completion given. But in the case of works estimated to cost more than
rupees 25 lakhs the Bidder shall on submitting a monthly bill minimum
amount of rupees 25 lakhs, therefore be entitled to receive payment
proportionate to the part of the work then approved and passed by the
City Engineer, whose certificate of such approval and passing of the sum
payable shall be final and conclusive against the Bidder. All such
intermediate payments shall be regarded as payments by way of
advance against the final payments only and not as payments for work
actually done and completed and shall not preclude the City Engineer
from requiring any bad, unsound imperfect or unskillful work to be
removed or taken away and reconstruction or re-erected nor shall any
such payment be considered as an admission of the due performance of
the contract or any part thereof in any respect or the occurring of any
claim nor shall it conclude, determine or effect in any other way the
powers of the Engineer-in- charge as to the final settlement and
adjustment of the accounts or otherwise, or in any other way vary or
effect the contract. The final bill shall be submitted by the Bidder within
one month of the date fixed for the completion of the work, otherwise
the City Engineer’s certificate of the measurements and of the total
amount payable for the work shall be final and binding on all parties.
Clause 8 A –
In the event of delay in intermediate payment, the Bidder/ agency shall
not delay / stop work; and the work shall be completed in the stipulated
time period.
Payments at Clause 9–
reduced rates The rates for several items of works estimated to cost more than Rs.
on account of 1000/- agreed to within shall be valid only when the item concerned is
item of work
accepted as having been completed fully in accordance with the
not accepted
as completed sanctioned specifications. In cases where the items of work are not
to be at the accepted as so completed by the City Engineer may make payment on
discretion of account of such items at such reduced rates as he may consider
the Engineer- reasonable in the preparation of final or on account bills.
in charge.
conclusive.
No claim to Clause 15–
any payments (1) If at any time after the execution of the contract documents, the
or Engineer shall for any reason what-so-ever (other than default
compensation
for alteration on the part of the Bidder for which the Jalgaon city municipal
in or corporation is entitled to rescind the contract) desires that the
restriction of whole or any part of the work specified in the tender should be
work suspended for any period or that the whole or part of the work
should not be carried out at all he shall give to the Bidder a
notice in writing of such desire and upon the receipt of such
notice the Bidder shall forthwith suspend or stop the work
wholly or in part as required, after having due regard to the
appropriate stage at which the work should be stopped or
suspended so as not to cause any damage or injury to the work
already done or endanger the safety thereof provided that the
decision of the City Engineer as to the stage at which the work
or any part of it could be or could have been safely stopped or
suspended shall be final and conclusive against the Bidder. The
Bidder shall have no claim to any payment or compensation
whatsoever by reason of or in pursuance of any notice as
aforesaid on account of any suspension, stoppage or curtailment
except to the extent specified hereinafter.
(2) Where the total suspension of work ordered as aforesaid
continued for a continuous period exceeding 90 days the Bidder
shall be at liberty to withdraw from the contractual obligations
under the contract so far as it pertains to the unexecuted part of
the work by giving a 10 day’s prior notice in writing to the
Engineer, within 30 days of the expiry of the said period of 90
days, of such intention and requiring the Engineer, to record the
final measurements of the work already done and to pay the
final bill. Upon given such notice, the Bidder shall be deemed to
have been discharged from his obligation to complete the
remaining unexecuted work under his contract. On receipt of
such notice the Engineer shall proceed to complete the
measurement and make such payment as may be finally due to
the Bidder within a period of 90 days from the receipt of such
notice in respect of the work already done by the Bidder, Such
payment shall not in any manner prejudice the right of the
Bidder to any further compensation under the remaining
provisions of this clause.
(3) Where the Engineer requires the Bidder to suspend the work for
a period in excess of 30 days at any time or 60 days in the
aggregate, the Bidder shall be entitled to apply to the Engineer
within 30 days of the resumption of work after such suspension
No claim to Clause 15 A –
compensate The Bidder shall not be entitled to claim any compensation from
on account of
Jalgaon city municipal corporation for the loss suffered by him on
loss due to
delay in supply account of delay by Jalgaon city municipal corporation in the supply
of materials of materials entered in Schedule -A where such delay is caused by -
by Jalgaon city i) Difficulties relating to the supply of railway wagons.
municipal ii) Force majeure
corporation, iii) Act of God
Jalgaon
iv) Act of enemies of the state or any other reasonable cause beyond the
control of Jalgaon city municipal corporation.
In the case of such delay in the supply of materials, Jalgaon city
municipal corporation shall grant such extension of time for the
completion of the works as shall appear to the City Engineer to be
reasonable in accordance with the circumstances of the case. The
decision of the City Engineer as to the extension of time shall be
accepted as final by the Bidder.
Time limit for Clause 16–
unforeseen Under no circumstances whatsoever shall the Bidder be entitled to any
claim compensation from Jalgaon city municipal corporation, Jalgaon on any
account unless the Bidder shall have submitted a claim in writing to the
Engineer-in- charge within one month of the cause of such claim
occurring.
Action and Clause 17–
compensation If any time before the security deposit or any part thereof is refunded to
payable in the Bidder it shall appear to the City Engineer or his subordinate in
case of bad
charge of the work, that any work has been executed with unsound,
work
imperfect or unskillful workmanship or with materials of inferior quality,
or that any materials or articles provided by him for the execution of the
work are unsound or of a quality inferior to that contracted for, or are
otherwise not in accordance with contract, it shall be lawful for the City
Engineer to intimate this fact in writing to the Bidder and then
notwithstanding the fact that the work, materials or articles complained
of may have been inadvertently passed, certified and paid for ,the
Bidder shall be bound forthwith to rectify, or remove and reconstruct
the work so specified in whole or in part, as the case may require or if so
required, shall remove the materials or articles so specified and provide
other proper and suitable materials or articles at his own charge and
cost, and in the event of his failing to do so within a period to be
specified by the Engineer-in- charge in the written intimation aforesaid,
the Bidder shall be liable to pay compensation at the rate of 1% on the
amount of the estimate for every day not exceeding 10 days during
which the failure so continues and in the case of any such failure the City
Engineer may rectify or remove, and re- execute the work or remove
deducted from any money due to the Bidder under the contract or from
his security deposit or the proceeds of sale thereof, or of a sufficient
portion thereof. The Bidder shall provide all necessary fencing and lights
required to protect the public from accident, and shall also be bound to
bear the expenses of defense of every suit, action or other legal
proceedings that may be brought by any person for injury sustained
owing to neglect of the above precautions, and to pay any damages and
costs which may be awarded in any such suit action or proceedings to
any such person, or which may with consent of the Bidder be paid for
compromising any claim by any such person.
Clause 21 A –
The Bidder shall provide suitable scaffolds and working platforms,
gangways and stairways and shall comply with the following
regulations in connection there with:
(a) Suitable scaffolds shall be provided for workmen for all works
that cannot be safely done from a ladder or by other means.
(b) A scaffold shall not be constructed, taken down, or
substantially altered except:-
(i) Under the supervision of a competent and responsible person;
and
(ii) as far as possible by competent workers possessing adequate
experience in this kind of work.
(c) All scaffold and appliances connected therewith and all ladders
shall :-
(i) be of sound material,
(ii) be of adequate strength having regard to the loads and strains
to which they will be subjected and
(iii) be maintained in proper condition.
(d) Scaffolds shall be so constructed that no part thereof can be
displaced in consequence of normal use.
(e) Scaffolds shall not be over- loaded and so far as practicable the
load shall be evenly distributed.
(f) Before installing lifting gear on scaffolds special precautions
shall be taken to ensure the strength and stability of the scaffolds.
(g) Scaffolds shall be periodically inspected by a competent
person.
(h) Before allowing a scaffold to be used by his workmen the
Bidder shall, whether the scaffold has been erected by his
workmen or not, take steps to ensure that it complies fully with
the regulation here-in- specified.
(i) Working platforms, gangways and stairways shall:-
Clause 21 B –
The Bidder shall comply with the following regulations as regards
the Hoisting Appliances to be used by him:
(a) Hoisting machines and tackle, including their attachments,
anchorages and supports shall–
(i) be of good mechanical construction, sound material
and adequate strength and free from patent defect and
(ii) be kept in good repair and in good working order.
(d) Every chain ring, hook shackle swivel and pulley block used
in hoisting or lowering materials or as a means of suspension
shall be periodically examined.
failure to execute the same, whether arising during the progress of the
work or after the completion or abandonment thereof.
Stores of Clause 31–
European or The Bidder shall obtain from the Jalgaon city municipal corporation
American stores and articles of European or American manufacture which may be
manufacture
required for the work, or any part thereof or in making up any articles
to be obtained
from Jalgaon required therefore or in connection therewith unless he has obtained
city municipal permission in writing from the City Engineer to obtain such stores and
corporation, articles elsewhere. The value of such stores and articles as may be
Jalgaon supplied to the Bidder by the Engineer-in- charge will be debited to the
Bidder in his account at the rates shown in the Schedule, in form- A
attached to the contract and if they are not entered in the said schedule,
they shall be debited to him at cost price which for the purpose of this
contract shall include the cost of carriage and other expenses
whatsoever which shall have been incurred in obtaining delivery of the
same at the stores aforesaid.
Lump-sums in Clause 32–
estimates When the estimate on which a tender is made includes lump sums in
respect of parts of the work the Bidder shall be entitled to payment in
respect of the items of work involved or the part of the work in question
at the same rates as are payable under this contract for each items, or if
the part of the work in question is not in the opinion of the Engineer-in-
charge capable of measurement, the City Engineer may at his discretion
pay the lump sum amount entered in the estimate and the certificate in
writing of the City Engineer shall be final and conclusive against the
Bidder with regard to any sum or sums payable to him under the
provisions of this clause.
Action where Clause 33–
no In the case of any class of work for which there is no such
specification
specifications as is mentioned in rule 1 such work shall be carried
out in accordance with the specifications, and in the event of
there being no Divisional specifications, then in such case the work
shall be carried out in all respects in accordance with the
instructions and requirements of the Engineer-in- charge.
Definition of Clause 34–
work The expression "works" or "work" where used in these conditions, shall
unless there be something in the subject or context repugnant to such
construction be construed to mean the work or works contracted to be
executed under or in virtue of the contract, whether temporary or
permanent and whether original, altered, substituted or additional.
Bidder’s Clause 35–
percentage The percentage referred in the tender shall be deducted from/added to
whether the gross amount of the bill before deducting the value of any stock
applied to net
Signature of Bidder Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
Page No. 54
or gross issued.
amount of bill
Quarry fees Clause 36–
and Royalties All quarry fees, royalties, and ground rent, for stacking materials if any,
should be paid by the Bidder. Royalty Charges including surcharge on all
minor minerals shall be reimbursed separately on production of proof to
that effect. The Bidder has to pay these charges directly to Revenue
department and original challans, permission documents shall be
produced to concerned City engineer. If, Bidder fails to produce these
original documents the royalty charges shall be recovered from Bidder’s
bill. No claim will be entertained by Jalgaon city municipal corporation,
Jalgaon.
Compensation Clause 37–
under the The Bidder shall be responsible for and shall pay compensation to his
workmen's workmen payable under the Workman’s Compensation Act 1923 (VIII of
compensation
1923) (hereinafter called the said act) for injuries caused to the
act
workmen. If such compensation is payable/paid by the Jalgaon
municipal corporation as principal under subsection (1) of section 12 of
the said Act on behalf of the Bidder it shall be recoverable by Jalgaon
municipal corporation from the Bidder under subsection (2) of the said
section. Such compensation shall be recovered in the manner laid down
in clause 1 above.
Clause 37 A –
The Bidder shall be responsible for and shall pay the expenses of
providing medical aid to any workmen who may suffer a bodily
injury as a result of an accident. If such expenses are incurred by
Government / Jalgaon city municipal corporation the same shall
be recoverable from the Bidder forthwith and be deducted
without prejudice to any other remedy of Government / Jalgaon
city municipal corporation from any amount due or that may
become due to the Bidder.
Clause 37 B –
The Bidder shall provide all necessary personnel safety equipment and
first aid apparatus available for the use of the persons employed on the
site, and shall maintain the same in condition suitable for immediate
use at any time and shall comply with the following regulations in
connection therewith.
(a) The workers shall be required to use the equipment so provided by
the Bidder and the Bidder shall take adequate steps to ensure proper
use of the equipment by those concerned.
(b) When work is carried on in proximity to any place where there is a
risk of drowning all necessary equipment shall be provided and kept
ready for use and all necessary steps shall be taken for the prompt
execution of The rates are inclusive of hard or cracked soil excavation in mud, subsoil
work. water or water standing in borrows pits and no claim for an extra rate
shall be entertained, unless otherwise expressly specified.
Entering up on Clause 42–
or The Bidder shall not enter upon or commence any portion of work
commencing S except with the written authority and instruction of the City Engineer or
any portion of
of his subordinate in charge of the work. Failing such authority the
work
Bidder shall have no claim to ask for measurements of or payments for
work.
Minimum age Clause 43–
of persons (i) No Bidder shall employ any person who is and the payment person
employed, the who is under the age of 18 years.
employment
(ii) No Bidder shall employ donkeys or other animals with breaching of
of donkey
sand/or other string or thin rope. The breaching must be at least 7.50 cms. wide and
animals and should be of tape
the payment (iii) No animal suffering from sores; lameness or emaciation or which is
off air wages immature shall be employed on the work.
(iv) The City Engineer or his agent is authorized to remove from the work
any person or animal found working which does not satisfy these
conditions and no responsibility shall be accepted by Jalgaon city
municipal corporation for any delay caused in the completion of the
work by such removal.
(v) The Bidder shall pay fair and reasonable wages to the workmen
employed by him in the contract undertaken by him. In the event of any
dispute arising between the Bidder and his workmen on the grounds
that the wages paid are not fair and reasonable, the dispute shall be
referred without delay to the City Engineer who shall decide the same.
The decision of the City Engineer shall be conclusive and binding on the
Bidder but such decision shall not in any way affect the conditions in the
contract regarding the payment to be made by Jalgaon city municipal
corporation at the sanctioned tender rates.
(vi) Bidder shall provide drinking water facilities to the workers. Similar
amenities shall be provided to the workers engaged on large work in
urban areas.
(vii) Bidder to take precaution against accidents which take place on
account of labour using loose garments while working near machinery.
Method of Clause 44–
payment Payment to Bidder shall be made by cheque drawn on any schedule
bank or may be made online if applicable.
Acceptance of Clause 45–
conditions Any Bidder who does not accept these conditions shall not be
compulsory
before allowed to tender for works.
tendering for
work
Signature of Bidder Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
Page No. 57
will be affected if the Bidder does not return surplus material. Sale tax
and General tax will be recovered from them.
Clause 50–
The Bidder shall employ unskilled labour to be employed by him on the
said work only from locally available labour and shall give preference to
those persons enrolled under Maharashtra Government and Self
Employment Department’s Scheme.
Provided, however, that if the required unskilled labour are not available
locally, the Bidder shall in the first instance employ such number of
persons as is available and thereafter may with previous permission in
writing of the Executive City Engineer of the said work, obtain the rest
of his requirement of unskilled labour from outside the above scheme.
Clause 51–
Wages to be paid to the skilled and unskilled labours engaged by the
Bidder. The Bidder shall pay the labours skilled and unskilled according
to the wages prescribed by the Minimum Wages Act 1948 applicable to
the area in which the work of the Bidder is located.
The Bidder shall comply with the provisions of the Apprentices Act,
1961, and the rules and orders issued there under from time to time. If
he fails to do so, his failure will be a breach of the contract and the
Superintending Engineer, may in his discretion may cancel the contract.
The Bidder shall also be liable, for any pecuniary liability arising out
on account of any violation by him of the provision of the Act.
Clause 52–
All amounts whatsoever which the Bidder is liable to pay to the
Government in connection with the execution of the work including the
amount payable in respect of (i) materials and / or stores supplied /
issued hereunder by the Government to the Bidder (ii) hire charges in
respect of heavy plant, machinery and equipment given on hire by the
Government to the Bidder for execution by him of the work and/or on
which the advances have been given by the Government to the Bidder
shall be deemed to be Arrears of Land Revenue and the Government
may without prejudice to any other rights and remedies of the
Government recover the same from the Bidder as arrears of land
revenue.
Clause 53–
The Bidder shall duly comply with all the provisions of the Contract
Labour (Regulation and Abolition) Act 1970, (37 of 1970) and the
Maharashtra Contract Labour (Regulation and Abolition) Rules, 1971 as
amended from time to time and all other relevant statutes and statutory
provision concerning payment of wages particularly to workmen
employed by the Bidder and working on the site of the work. In
particular the Bidder shall pay wages to each worker employed by him
on the site of the work at the rates prescribed under the Maharashtra
2659 0690 and Fax No’s. 2659 2461/ 2659 0403). Similarly all workmen’s
appointed to complete the contract work are required to be insured
under workmen’s compensation Insurance Policy, Insurance Policy /
Policies taken out from any other Company will not be accepted. If the
above condition regarding insurance policy is not complied, then
recovery at the rate 1% of tender amount shall be made through R.A.
Bills.
ii) If completion period of work is Extended, then period of work
Insurance must be renewed / Extended as per requirement.
Clause 57–
As per building and other construction workers (Resolution of
employment and condition of service) act 1996 and The building and
other construction workers welfarecess act 1996 and Government of
Maharashtra resolution no. BCA 2009/C.No.108/Labour A, Dated
17.06.2010 cess of 1% on cost of work shall be recovered from bills
payable to the Bidder.
Clause 58–
(For costing more than One corer)
To ensure the specified quality of work which will also include necessary
surveys, temporary works etc., Bidder shall prepare a quality assurance
plan and get the same approved from the City Engineer within one
month from the date of work order. For this, Bidder shall submit an
organization chart of his technical personnel to be deployed on the work
along with their qualifications, job descriptions defining the functions of
reporting, supervising, inspecting and approving. The Bidder shall also
submit a list of tools, equipment’s and the machinery and
instrumentation which he proposes to use for the construction and for
testing in the field and / or in the laboratory and monitoring. The Bidder
shall modify / supplement the organization chart and the list of
machinery, equipment etc. as per the direction of the City Engineer and
shall deploy the personnel and equipment on the field as per the
approved chart and list respectively. The Bidder shall submit written
method statements detailing his exact proposals of execution of the
work in accordance with the specifications. He will have to get these
approved from the City engineer. The quality of the work shall be
properly documented through certificate, records, check- lists and log
books of results etc. Such records shall be compiled from the beginning
of the work and be continuously updated and supplemented and this
will be the responsibility of the Bidder. The forms should be got
approved from the City Engineer. Where the work is to be done on lump
sums basis on Bidder’s design, the Bidder shall also prepare and submit
a maintenance manual giving procedure for maintenance, with the
periodicity of maintenance of works including inspections, tools and
equipment’s to be used, means of accessibility for all parts of the
structure. He shall also include in the manual, the specifications for
maintenance work that would be appropriate for his design and
technique of construction. This manual shall be submitted within the
contract period.
GENERAL CONDITIONS
1. The rates quoted by the Bidder include clearance of site prior to commencement of
work and at its close, in all respect and whole good for work under all conditions, site,
moisture, weather etc.
2. The demarcation or fixing of alignment etc. shall at all times be done by the Bidder
and he shall provide all labour and material for such demarcation, checking it at all time
till the completion of the work. This shall be done at the Bidders cost.
3. The Bidder shall have to make all necessary arrangements for regulating traffic day
and night during the period of the construction. The Bidder shall have to provide
necessary caution boards, barricades, flag red lights, night watchman, traffic regulators
etc. so as to comply with the latest motor vehicles rules and regulations. The Bidder shall
make his own arrangements to construct and maintain the diversion to facilitate the
passage of traffic as per instruction of the City Engineer, if not provided in the tender
separately.
4. Before starting of any important item, the Bidder should take prior permission in
writing at least four days before from the City Engineer.
5. A work order book shall be maintained at the work site by the Bidder and the Bidder
or his authorized representative will see the order book and sign it when the instructions
are given. Failure to see the order book, or to sign, will be no excuse for not attending to
the order or remarks. Non-compliance of remarks to the satisfaction of the City
Engineer, who gave in writing orders or remarks, shall lead to total rejection of work and
the payment being suspended arbitrarily and shall not be modified by any subsequent
representations against the action.
6. Watering will be carried through daytime without any break during lunch break and
to the entire satisfaction of the City Engineer or supervision staff. All tools and plants
required for proper watering to any height will be used by the Bidder without any extra
charges for the same.
INDEX
A. Machinery
Name Own /hired Make Page no.
1
2
3
C. Work in hand
Work Name Department Work Year Balance work
order amount
amount
1
2
3
STATEMENT – I
SAMPLE FORM
SAMPLE FORM
Note : 1) This is only a standard form. Details are to be furnished in this format in the
form of type written statements which shall be Scanned enclosed in envelope
No.1 duly singed.
2) The documentary proof of work in hand/ works tendered for should be
submitted in original only.
Signature of Bidder.
STATEMENT – II
NAME OF BIDDER :
Present
Sr. Name of No. of Kind and Capacity Age and
Location Remarks
No equipment Units make condition.
1 2 3 4 5 6 7 8
SAMPLE FORM
The Bidder must own or Hire aforesaid machinery and be actually in his
possession at the time of submission of tender.
Sr. No Name of Machinery Minimum Number of units
1 Static Roller 8 to 10 Tonne / smooth wheeled Power roller. 1 Number Owned / Hired
2 Tippers / Truck / Tractors 1 Number Owned / Hired
3 Water Tanker (5000 Liters) 1 Number Owned / Hired
4 Concrete mixer of capacity with way batcher 1 Number Owned / Hired
5 Sand screening cum washing unit electrically or diesel 1 Number Owned / Hired
operate of 4/6 cub mtr. per hours capacity.
Note : 1) This is only a standard form. Details are to be furnished in this format in
the form of type written statements which shall be scanned enclosed in
envelope No.1 duly singed.
2) The documentary proof of having own machinery should also be
scanned and submitted with this statement in original only.
Signature of Bidder.
STATEMENT - III
STATEMENT SHOWING THE DETAILS OF ONE WORK OF SIMILAR
TYPE AND MAGNITUDE CARRIED OUT BY THE BIDDER
DURING LAST FIVE YEARS.
( i.e. 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-
2021 and 2021-2022)
NAME OF BIDDER :
Name and
address of the Agreement Date of Total Actual Remarks
Tend
SR NAME OF organization Place No. comm Cost of date of (Principal
ered
NO WORK for whom the And country and encem work comple features
cost.
work was Date. ent done. tion in brief.)
done.
1 2 3 4 5 6 7 8 9 10
SAMPLE FORM
Note :This is only a standard form. Details are to be furnished in this format in the
form of type written statements which shall be scanned enclosed in envelope
No.1 duly signed. The documentary proof of similar type of work done and
magnitude should also be scanned and submitted with statement in original
only.
Signature of Bidder.
STATEMENT - IV
STATEMENT SHOWING THE DETAILS OF TECHNICAL PERSONNEL
AVAILABLE WITH BIDDER WHICH CAN BE SPARED EXCLUSIVELY
FOR THIS WORK.
NAME OF BIDDER :
Professional Period
Whether
Experience for which
Sr. Name of Qualification working
Designation of execution the remark
No Person in field or
of similar person is
in office.
works. working
1 2 3 4 5 6 7 8
SAMPLE FORM
Note :This is only a standard form. Details are to be furnished in this format in
the form of type written statements, which shall be scanned enclosed in
envelope No.1 duly signed. The documentary proof of his Technical
persons should also be scanned and submitted with this statement in
original only.
STATEMENT - V
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL
ENGINEERING CONSTRUCTION WORKS DURING LAST FIVE YEARS.
NAME OF BIDDER :
Note :This is only a standard form. Details are to be furnished in this format in the form of
type written statements, which shall be scanned enclosed in envelope No.1 duly
signed. The documentary proof of work done with whom Bidder executed should also
be scanned and submitted with this statement in original only.
STATEMENT - VI
STATEMENT SHOWING QUANTITIES OF WORK EXECUTED IN ANY ONE YEAR
DURING LAST SEVEN YEARS.
NAME OF BIDDER :
Sr no Year remark
1 2 3 4 5 6
2019-20
2020-21
2021-22
2022-23 SAMPLE FORM
2023-24
Note :This is only a standard form. Details are to be furnished in this format in the form
of type written statements, which shall be scanned enclosed in envelope No.1
duly signed. The documentary proof of Quantity executed with whom work
executed should also be scanned and submitted with this statement in original
only.
GENERAL SPECIFICTIONS
1. Examination plans and locations–
Statements as to the conditions under which the work is to be performed
including plans, survey measurements, dimensions, calculations, estimates,
bearing etc. are made solely to furnish basis of comparison of tenders and the
Corporation does not guarantee or represent that they are even approximately
correct. The Bidder must satisfy himself by his own investigation and research
regarding all conditions affecting the work to be done and labour and materials
needed and make his bid in sole reliance thereon.
2. Co-ordination of specification plans and special provisions –
The standard specifications, the Plans and special provisions, and all
supplementary documents are essential parts of the contract and are
requirement occurring in it as binding as though occurring in all. They are
intended to be co-operative to describe and provide for a complete work in case
of disagreement, the Plans shall have precedence over the standard
specification and the special provision shall govern over both the Plans and the
standard specifications figures, dimensions shall govern over scaled dimensions.
In any case such varieties should be finally decided by the City Engineer.
3. Inspection of work and materials –
i) The Engineer and employees of the Corporation may for any purpose enter
upon the work and premises used by the Bidder, and the Bidder shall provide
safe and proper facilities thereof.
ii) Inspection of the workers payment thereof shall not relieve the Bidder of
any of his obligation to fulfill terms of the Contract as herein prescribed by the
plans and the specifications and other conditions.
iii) The Bidder shall furnish the City Engineer or his authorized representative
with every reasonable facility and assistance for ascertaining whether or not the
work as performed is in accordance with the requirement and instruction of the
Plans and Specifications. If so directed the Bidder shall at any time before or
after execution of the work remove or uncover any portions of the finished work
considered necessary for fresh inspection at his own cost. After the inspection
the Bidder shall restore said portion of the work to the condition required by the
Specification at his own cost.
The Bidder shall furnish written information sufficiently in advance to the
Engineer stating the regional sources of supply and date of manufacture of all
materials brought or manufactured away from the actual site of the work
In order to ensure a proper time sequence for required inspection of an
approval, this information shall be furnished generally 4 weeks or at least two
weeks in advance of the use of incorporation in the work of any such material.
7. Rate analysis –
Bidder shall supply the rate analysis when the question of extra items arises. In
case of extra items the Bidder shall invariably supply rate analysis, based on
labour and materials along with quotations in support of the rates. Bidder only
shall start the work of extra items, if only competent authority is approved these
extra items in written.
SCHEDULE – A
Schedule showing (approximately) the materials to be supplied from Jalgaon city
municipal corporation, Jalgaon Store for work to be executed and preliminary and
ancillary works and the rates at which they are to charge for work based on
departmental design.
Sr. Particulars Quantity Unit Rate Place of
In figure In words Delivery
NIL
Note - The person or firm submitting the tender should see that the rates in the above
schedule are filled by the City Engineer on the issue of the form prior to the submission
of the tender.
1) All materials in Schedule ‘A’ as may be required for the work shall be taken from the
Department only. Outside materials in lieu of those mentioned in schedule ‘A’ shall not
be allowed partially or fully prior to approval of the City Engineer.
2) The Bidder shall have to construct a shed for storing controlled and valuable
materials issued to him, under schedule ‘A’ of agreement on work site having double
locking arrangement. The material will be taken for the use in presence of Department
persons. No material will be allowed to be removed from the site of the work.
4) All materials will be available for the delivery during hours to be arranged mutually
by Bidder between himself and the storekeeper or the City Engineer from time to time.
5) The Bidder must give an account of all materials used by him. The materials that
cannot be accounted for will be recovered from him as per rates decided by Competent
Authority.
6) The quantities noted in Schedule ‘A’ are only approximate and may vary accordingly
to actual and bonafide use.
7) The Bidder shall furnish account of material issued and consumed by replacing
further demands from the Corporation and furnish full account of materials issued to
him. On completion of the work he shall return all surplus materials to the Corporation.
In case of failure of returning, recovery at the rate of twice the rate will be affected from
the Bidder.
8) GST Tax and General Tax as per Government rates shall be recovered from the
Bidder over the cost of the surplus materials unreturned.
9) Issue rate of the material are inclusive of GST Tax and General Tax.
SCHEDULE – B
SHCEDULE –B -
JALGAON MUNICIPAL CORPORATION JALGAON
Construction of RCC Gutter and slab culverts on road crossings at proper locations in
NAME OF WORK:-
Kanchan Nagar area of Ward No.02
ITEM
S.N. ITEM Qty. RATE UNIT AMOUNT
CODE
Excavation for foundation in earth, soil of all types, sand, gravel and soft murum, including removing the
excavated material up to a distance of 50 m. beyond the building area and stacking and spreading as
1. 21.02 directed, dewatering, preparing the bed for the foundation and necessary back filling, ramming, watering
475.07 215.18 Cum 102225.56
including shoring and strutting etc. complete. (Lift upto 1.5 m.) By Mechanical Means
Providing and laying in situ cement concrete of 1:4:8 proportion with trap/ granite/ quartzite/ gneiss metal
in foundation including necessary form work, compacting and curing etc. complete. (with reversible drum
2. 11.04 type mixer with SCADA with fine agreegates of required specifications (Natural sand / VSI sand finely
36.21 6485.41 Cum 234836.70
washed etc )
Providing and laying in situ / ready mix M-15 plain cement concrete of trap /granite/quartzite/ gneiss metal
for cast in citu piers, abutment, returns, wings etc. including provision of "V" shaped false joints to form
suitable panels on the faces to approve design with compacting by vibrating and curing complete,
including plywood/steel form work centering ( excluding dewatering by means of pump) and
including bailling out water and curing finishing in CM 1:3 etc. complete. as directed by engineer in
charge basic rate shall be increased for height above 5.00 m in followinh manners
(a) Height upto 5 M. (With Concrete Mixer)With fine agreegates of required specifications ( VSI sand
3. 17.38 197.25 8363.47 Cum 1649694.46
finely washed etc )
iv) Over 10 m Height, add 10 percent extra for every 2.50m rise.
Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 steel bars for
5. 14.01 reinforcement for all RCC works as per detailed drawings etc. complete.
4.09 91830.47 M.T. 375586.62
Total:- 2499622.53
Note The cost of work Put in Tender is exclusive of Government Taxes such as GST, Labour Insurance, Royalty Charges, Testing charges The Tax Amount (GST
& Labour Insurance, Royalty Charges, Testing charges) will be Included in the work order as per The Tax Amount (GST & Labour Insurance, Royalty
Charges, Testing charges) will be paid as per sanctioned Estimate &the same will be in corporate in work order.